SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Inmarsat-Based Services: Bandwidth on Demand L-BAND Services, Bandwidth on Demand KA-BAND Services (Global Xpress), Dedicated Capacity Services and Associated Equipment

Solicitation number BPM012746

Publication date

Closing date and time 2021/03/29 14:00 EDT

Last amendment date


    Description

    ADVANCE CONTRACT AWARD NOTICE (ACAN)

    1. Advance Contract Award Notice (ACAN):

    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the Contracting Officer may then proceed with the award to the pre-identified supplier.

    2. Definition of the requirement:

    Shared Services Canada (SSC) has a requirement for Inmarsat-based services and goods for the continuation of its existing installed-based and their organic growth on an as-and-when required basis. These include Bandwidth-on-Demand (BOD) Services; Dedicated Capacity Services; Terrestrial Backhaul and Value-Added Services; and Relevant Components by SSC and its partner organizations / clients.

    The Inmarsat Bandwidth-on-Demand L services are as followed:

    Service Description - Radio Frequencies

    Broadband Global Area Network (BGAN) Services - L-Band

    BGAN Link Services - L-Band

    Swiftbroadband (SBB) Services - L-Band

    FleetBroadband (FBB) Services - L-Band

    BGAN Machine-to-Machine (M2M) Services - L-Band

    Global Satellite Phone Services (GSPS) - L-Band

    Isatphone Link / FleetOne Services - L-Band

    C Services - L-Band

    Swift64 Services - L-Band

    IsatData Pro (IDP) Services - L-Band

    The Inmarsat Bandwidth-on-Demand KA-band services are as followed:

    Service Description - Radio Frequencies

    Global Xpress (GX) Services - Ka-Band

    The Inmarsat Dedicated Capacity services are as followed:

    Service Description - Radio Frequencies

    Assured Access (AA) Services - L-Band

    L-TAC Services - L-Band

    Military KA (Mil-Ka) Services - Ka-Band

    The Inmarsat Terrestrial Backhaul and Related Value-Added services are as followed:

    Service Description

    Terrestrial Backhaul Connectivity Services

    Colocation and Network Hosting Services

    Inmarsat MobileLink Services

    Voice IP Connectivity Services

    3. Criteria for Assessment of the Statement of Capabilities:

    The Contractor must provide the operational services on an on-going basis in support of the above goods and services delivered on an as and when requested basis.

    The Contractor must have significant project management, technical satellite communication (Satcom) expertise and knowledge working on demand / time consuming satellite communication projects.

    The Contractor must have a minimum of twenty (20) years of Inmarsat satellite network operations experience delivering end to end services to clients.

    The Contractor must have a minimum of ten (10) years of continuous satellite communication service delivery experience working with the Government of Canada.

    The Contractor must ensure that all verbal, written and electronic communications that are required to be provided directly to Shared Services Canada (SSC) and its partner organizations / clients, (e.g. client support, recorded greetings and prompts, email and Voice Mail), are available at all times in both official languages of Canada (English and French), offering users a choice of either language depending on their individual preference.

    The Contractor must designate a minimum of two (2) representatives who will serve as primary point-of-contacts for both management and technical matters for Shared Services Canada (SSC), all partner organizations, and specifically the Department of National Defence (DND).

    The Contractor must provide an indoor and secure environment to setup equipment, perform testing and proof-of-concepts, as and when requested within the National Capital Region (NCR).

    The Contractor must have the ability to provide demonstration of satellite communication equipment and services within the NCR and any other locations across Canada.

    4. Applicability of the trade agreement(s) to the procurement:

    The entire value for this requirement consists of Inmarsat Satellite Telecommunication Services, Relevant Components and Value-Added Services. This procurement is subject to the following trade agreements:

    1. the World Trade Organization Agreement on Government Procurement (WTO-AGP),
    2. the Canada-European Union Comprehensive Economic and Trade Agreement (CETA),
    3. the Canadian Free Trade Agreement (CFTA).
    4. Canada-Chile Free Trade Agreement,
    5. Canada-Columbia Free Trade Agreement,
    6. Canada-Panama Free Trade Agreement,
    7. Canada-Honduras Free Trade Agreement,
    8. Canada-Korea Free Trade Agreement,
    9. Canada-Peru Free Trade Agreement,
    10. Canada-Ukraine Free Trade Agreement,
    11. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    The services and/or goods to be provided on an as-and-when required basis are as stated in the Statement of Work (SOW) (attached).

    This ACAN is being issued by Shared Services Canada (SSC). SSC is a federal government department that acts as a shared services organization. Any resulting instrument will be used by SSC to provide shared services to one or more of its partner organizations / clients. SSC’s “partner organizations / clients” include SSC itself, those government institutions for whom SSC’s services are mandatory at any point during the life of the resulting instrument, and those other organizations for whom SSC’s services are optional at any point during the life of the resulting instrument and that choose to use those services from time to time. In addition to the Government of Canada, SSC may also serve a government of a province or municipality in Canada, a Canadian aid agency, a public health organization, an intergovernmental organization or a foreign government.

    The requirement is for a single supplier for the continuation of its existing installed-based services and their organic growth on an as-and-when required basis commencing on or prior to September 1, 2021.

    5. Government Contracts Regulations Exception and Limited Tendering Reason:

    The following exception to the Government Contracts Regulation is invoke for this procurement under subsection 6 (d) - Only one person or firm is capable of performing this contract. To SSC’s knowledge, no suppliers other than the one listed in Section 6 below is able to meet all mentioned criteria identified in Section 2 above and meet all requirements identified in the respective SOW (attached).

    6. Period of the proposed contract and required delivery:

    The proposed contract is to be awarded on or before September 1, 2021 with delivery of services to commence immediately upon notification of the contract award. The contract period shall start on September 1, 2021, for an initial three (3) year period with four (4) additional one-year options.

    7. Security requirement:

    This ACAN contains a requirement for vendor and personnel security screening.

    8. Name and Address of the Proposed Contractor

    Inmarsat Solutions (Canada) Inc.

    34 Harvey Road, 4th Floor

    St-John’s, NL

    A1C 5X3

    9. The closing date and time for accepting statement of capabilities is:

    March 29, 2021 @ time 2:00 PM Eastern Standard Time EST

    10. Justification for the Per-Identified Supplier

    The supplier mentioned in Section 6 is the only known supplier that meets the mandatory criteria set out in Section 2 above and all other requirements identified in the respective Statement of Work (SOW) (attached).

    Should Canada receive a Statement of Capabilities from a supplier that contains sufficient information to indicate that it meets all the requirements set forth on this ACAN and the respective Statement of Work (SOW), a competitive process will be initiated.

    11. Submission of statement of capabilities:

    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing, preferably by email, to the procurement contact person identified in Section 11 below on or before the closing date and time on this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    12. Estimated Cost

    The annual current total value of the recurring services is approximately $16,000,000.00 CAD.

    13. Contract Authority

    Kenny Leung

    Telephone : 613-790-6964

    Email : kenny.leung@canada.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    Canada
    Contracting authority
    Leung, KingHei
    Phone
    613-790-6964
    Email
    Kenny.Leung@canada.ca
    Address
    180 Kent Street
    Ottawa, ON, K1G 4A8
    CA

    Buying organization(s)

    Organization
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    French
    2
    001
    English
    19
    000
    French
    7
    French
    2
    000
    English
    51
    English
    34

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: